Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 26, 2023 SAM #7761
SOURCES SOUGHT

99 -- Indefinite Delivery Indefinite Quantity Contract for A&E Civil and Geotechnical Services, NAVFAC Mid-Atlantic Hampton Roads Area of Responsibility

Notice Date
2/24/2023 10:56:57 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008523R2636
 
Response Due
3/10/2023 11:00:00 AM
 
Point of Contact
Jonathan M. Durham, Phone: 7573410216, Barbara Williamson-Garris
 
E-Mail Address
jonathan.m.durham.civ@us.navy.mil, barbara.williamson-garris.civ@us.navy.mil
(jonathan.m.durham.civ@us.navy.mil, barbara.williamson-garris.civ@us.navy.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY.� THIS NOTICE DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL, REQUEST FOR QUOTATION, OR INVITATION FOR BIDS.� THE NOTICE DOES NOT COMMIT THE GOVERNMENT TO ISSUE ANY TYPE OF SOLICITATION OR AWARD AN ULTIMATE CONTRACT.� THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME.� THE NOTICE DOES NOT RESTRICT THE GOVERNMENT FROM A PARTICULAR ACQUISITION APPROACH.� AS A RESULT OF THIS NOTICE, THE GOVERNMENT IS NOT OBLIGATED TO AND WILL NOT PAY FOR ANY INFORMATION RECEIVED FROM POTENTIAL SOURCES. � The Naval Facilities Engineering Systems Command, Mid-Atlantic is seeking eligible Small Businesses, Small Disadvantaged Businesses, Service-Disabled Veteran-Owned Small Businesses, HUBZone Small Businesses, and Economically Disabled Women-Owned Small Businesses/Women-Owned Small Businesses.� They must be capable of performing services for an Indefinite Delivery/Indefinite Quantity (IDIQ) Contract for Civil and Geotechnical design and engineering services, but may also include multi-discipline services.� Work under the contracts is anticipated to occur primarily for support of projects primarily in the Hampton Roads area of Virginia, North Carolina, South Carolina, and Georgia.� However, work may be ordered throughout the entire Naval Facilities Engineering Systems Command if deemed necessary and approved by the NAVFAC mid-Atlantic Chief of the Contracting Office. The intention of the potential solicitation is to obtain Civil and/or Geotechnical design and engineering services, but may also include multi-discipline services.� These services will be procured in accordance with 40 United States Code (USC) Chapter 11, Selection of Architects and Engineers, as implemented by Federal Acquisition Regulation (FAR) Subpart 36.6.� The IDIQ contract will be for a five-year ordering period. Projects may include multiple disciplines or single disciplines, including but not limited to architectural, structural, mechanical, civil, landscape design, fire protection, and interior design.� The Civil, Geotechnical, and Multi-Discipline design and engineering services expected to be performed under this contract include but are not limited to the following: A.� Preparation of DD1391 documentation, design-build RFP packages, and full design (design-bid-build) projects for projects/facilities including, but not limited to, operational and training facilities, maintenance and production facilities, research, development, test and evaluation facilities, supply facilities, housing and community facilities, utilities and ground improvements facilities with an emphasis on the following types of civil engineering projects: � Design of sanitary sewer treatment facilities, pump stations, and upgrades to collection systems, pump station upgrades; Design of water treatment facilities, pump stations, and upgrades to water distribution systems; Design of antiterrorism and security projects such as installation security fencing, entry control facilities, lighting, and other force protection measures; Design of shoreline erosion control measures and beach re-nourishment; Design of storm water drainage systems including increasing existing capacity, replacing deteriorated storm sewer piping, and permit compliance; Design of dredging projects and associated permits; Design of small arms ranges (indoor or outdoor); Design of new and surfacing of existing airfields, roads, bridges, and parking lots. 2. Preliminary site analysis to determine existing conditions which may including topographic survey, boundary survey, tests, evaluations, consultations, program management, subsurface exploration, soil property and strength testing, geotechnical and environmental site characterization, conformance with Installation�s master plan, researching utility maps and as-built record drawings, assessing utility and storm drainage availability, identifying the potential for abandoned or unmapped utilities, identifying land use restrictions, preparation of pavement condition reports utilizing �paver 6.0�, identifying flood hazard areas in accordance with IBC Section 1612, Flood Loads and the potential for sea level rise impacts, coordination with Installation�s environmental personnel to determine if the site has environmental concerns, such as radon, pesticides, or other known contamination; 3. Preparation of traffic, parking, hazardous or environmentally sensitive materials, small arms range compliance, and other various civil engineering related studies; 4. Site development or layout design and the ability to comply with or incorporate vehicle and pedestrian circulation, land use restrictions such as: airfield and helipad clearances, explosives safety clearances, noise abatement, antiterrorism and physical security clearances, hazardous material storage and handling clearances, separation of incompatible land use or functions, fire separation zones per building and fire codes; 5. Civil site work to include clearing, demolition, site utilities, grading and drainage, low impact development (LID), Navy LID Policy, submitting LID data, erosion control permits, storm water management, erosion control permits, stormwater management permits, and other related permits; 6. Preparation of plans and specifications for the demolition or abatement of hazardous or environmentally sensitive materials, including developing phasing plans for occupied or partially occupied facilities as related to UFC 3-801-10N; 7. Incorporating sustainable concepts into site work such as minimizing required clearing, providing adequate grading and drainage while preserving natural topographic features, minimizing cut and fill balancing, avoiding impacts to natural resources areas such as wetlands, avoiding impacts to cultural resources areas such as archaeological sites, minimizing maintenance and operating costs, and minimizing distances to existing utility connections.; 8. Incorporating Guiding Principles into multi-disciple designs, energy studies, experience with commissioning and reporting on Guiding Principles compliance; 9. Post construction award services such as shop drawing review, field consultation, as-built drawing preparation, and Electronic Operation and Maintenance Support Information (E-OMSI). 10. Geotechnical Engineering Services include, but are not limited to, the following: Geotechnical Field Exploration Services: provide appropriate subsurface exploration equipment with experienced operators and crew; perform soil borings including collecting soil samples (disturbed and undisturbed samples) in conjunction with performing Standard Penetration Tests; perform seismic dilatometer and seismic cone penetrometer soundings; perform vane shear tests, perform rock coring; install groundwater monitoring wells; and/or perform geophysical studies (i.e. GPR, EM, ReMi, SASW, MASW).� The subsurface exploration equipment shall be well maintained and in good working condition and will be capable of operating on and off road and on a floating plant.� The contractor will have competent engineers available upon request by the Government to coordinate and oversee the field exploration including utility coordination, sample collection, and/or boring log preparation.� The contractor shall have the ability to field locate all borings and provide ground surface elevations utilizing the services of a professional land surveyor. All subsurface exploration methods will be performed in accordance with the appropriate NAVFAC criteria and ASTM standards.� The contractor shall be capable of working in hazardous and toxic waste areas requiring Level C protection in accordance with OSHA Regulation 29 CFR 11910.120. Geotechnical Soils Laboratory Services: Perform appropriate tests to characterize and estimate engineering properties of soils including but not limited to general index tests, 1-D consolidation tests, triaxial test, and direct shear test.� All laboratory testing will be performed in accordance with ASTM standards and be performed at laboratories having a current laboratory validation. Geotechnical Engineering Services: Perform deep and shallow foundation design and analyses, bearing capacity analyses, settlement analysis, slope stability analyses, seepage analyses (including 2d and 3d modeling), probable failure mode analysis, probabilistic assessments (risk, reliability, uncertainty), pavement design and analysis (including airfield pavements), and design and analysis of waterfront structures; perform computer modeling using programs such as Slide, Slope/W, UTEXAS4, Seep/W, LPile, PCASE,� and other current recognized industry software; prepare field and laboratory investigation programs. Geotechnical and Geologic literature and historic document research; Prepare and present geotechnical reports, technical topic presentations, site characterization reports, and special studies for geotechnical components of projects. The duration of the contract will be for a duration not to exceed five (5) years.� The total fee for the contract term shall not exceed $60,000,000.�� All Small Businesses, certified 8(a), HUBZone, Service-Disabled Veteran-Owned, and Women-Owned Small Businesses are encouraged to respond.� Upon review of industry response to the Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest.� This office anticipates award of a contract for these services around September 2023.� The primary North American Industry Classification System (NAICS) Code for this procurement is 541330 � Engineering Services and the annual size standard is $25,500,000. � THIS SOURCES SOUGHT NOTICE IS NOT A REQUEST FOR PROPOSALS.� This notice is a market research tool used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of an award.� The Government is not obligated to and will not pay for any information received from potential sources as a result of this Sources Sought Notice.� It is requested that interested small businesses submit to the Contracting Office a brief capabilities statement package (no more than 25 pages in length, single-spaced, 12-point font minimum including document searchable bookmarks) demonstrating your ability to perform the requested services.� Please use the attached Project Information Form for each project submitted demonstrating the requisite experience.� The Sources Sought Project Information Form shall be used to document a minimum of three (3) and up to a maximum of five (5) relevant design projects completed in the past five (5) years that best demonstrate your experience on projects that are similar in size, scope and complexity to the projects proposed for this IDIQ.� This documentation shall address, at a minimum, the following: 1.�� Relevant Experience:� Relevant Experience to include Civil and Geotechnical design and engineering experience in performing efforts of similar scope and complexity within the last five years, including contract number, indication of whether a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract referenced relates to the technical services described herein.� The design projects submitted to demonstrate relevant experience shall include the following attributes: A)��Size: Design of a construction project with a final construction cost of $500,000 or greater.� At least one (1) project must have a final construction cost of $7,500,000 or greater. B) Scope/Complexity: Projects, cumulatively and collectively, shall demonstrate design experience with the following: �-New construction of a building(s). �-Interior/exterior alteration or renovation of a building(s) that include repairs to multiple building systems and infrastructures. C)� Characteristics:� Additionally, submitted relevant projects shall demonstrate the following characteristics: 1) Offerors shall have acted as the Designer of Record (DOR) on submitted projects. 2) Experience with design of both new construction (at least one (1) project) and renovation (at least one (1) project). 3)�Experience with the preparation of a solicitation package for design-build request for proposal (at least one (1) project). 4)�Experience with the preparation of a solicitation package for design-bid-build/full design (at least one (1) project). Offeror�s experience performing as a subcontractor will not be considered, nor will experience of companies proposed to work as subcontractors on the resulting solicitation/contract. Ensure that the project description clearly identifies whether or not the project is new construction or renovation, provides the final construction cost, and addresses how the project meets the scope/complexity requirements. 2. Workload and Availability:� The ability of potential offerors to manage their firm�s present workload and availability of their project teams (including consultants) for the specified contract performance period.� Potential offerors are requested to describe the workload/availability of their key personnel during the anticipated contract performance period and the ability of their firm to provide qualified backup staffing for key personnel to ensure continuity of services.� General statements of availability/capacity may be considered less favorably.� Typical task orders issued under this contract are expected to range between $250,000 and $2,000,000. Project programs typically supporting this contract are Special Projects and Military Construction Programs. Firms must comply with FAR 52.219-14, Limitations on Subcontracting. A company profile shall also be included utilizing the attached Contractor Information Form.� This will include the number of employees, office locations(s), UEI, CAGE Code, and statement regarding small business designation and status.� The information provided in this notice is subject to change and in no way binds the Government to solicit for or award a contract.� The Government will not provide debriefs on the results of this research, but feedback regarding the decision to set aside or not set aside the procurement will be accomplished via pre-solicitation synopsis or solicitation for these services as applicable.� All information submitted will be held in a confidential manner and will only be used for the purpose intended.� Points of contact listed may be contacted for the purpose of verifying performance. RESPONSES ARE DUE NLT 10 March 2023 at 2:00 PM (EST).� LATE SUBMISSIONS MAY NOT BE ACCEPTED. The package shall be sent via electronic mail to Jonathan Durham at jonathan.m.durham.civ@us.navy.mil. Attachments are limited to a total of 5MB.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/592b42e58eb7423c9912dc68749ea6d7/view)
 
Record
SN06601653-F 20230226/230224230106 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.